RSAF F-15 Classified Repair and Return Services (Robins AFB)

SOL #: FA8575-26-RSAFCRSSSources Sought

Overview

Buyer

ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Warner Robins, GA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Logistics Support Services (R706)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Feb 23, 2026
3
Response Deadline
Feb 16, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is conducting market research via a Sources Sought notice for Classified Repair and Return Services for the Royal Saudi Air Force (RSAF) F-15 Fleet. This effort seeks to identify qualified sources capable of providing logistical support and management for classified and unclassified F-15 components requiring classified testing, data, or software. A SECRET security clearance is required, and foreign participation is not allowed. Responses are due by March 3, 2026.

Purpose & Scope

This market research aims to identify potential contractors with the expertise, capabilities, and experience to manage and sustain F-15 R&R services. The scope includes:

  • Providing classified R&R services for RSAF F-15 C/D/S and SA components.
  • Identifying and managing qualified Sources of Repair (SORs).
  • Offering logistical support and management services for approximately 82 National Stock Numbers (NSNs), with an estimated 200 annual inductions.
  • Maintaining repair capability, managing Beyond Economical Repair (BER) rates, ensuring repair quality, and tracking items in the repair cycle.
  • Furnishing all necessary material, support equipment, tools, test equipment, and services.
  • Maintaining and providing access to a Management Information System (MIS) for repair data.

Key Requirements & Performance Standards

Contractors must possess the capability to generate and store classified information and/or Controlled Unclassified Information (CUI). Key performance standards outlined in the draft PWS include:

  • Average aggregate Turn-Around-Time (TAT) of ≤ 150 days.
  • Average Work in Progress (WIP) of ≤ 120 days.
  • MIS availability of ≥ 98% monthly and accuracy with no more than 5 inaccuracies quarterly.
  • Defect-free repair rate of ≥ 98%.
  • Deliverable rejection rate of no more than 1 per CDRL, or 2 total per contract year.
  • Late submissions of no more than 2 per contract year.

Contract Details & Eligibility

  • Opportunity Type: Sources Sought (Market Research)
  • Set-Aside: None specified (open to large and small businesses; joint ventures and teaming arrangements are encouraged).
  • Period of Performance (Anticipated): One base year and four (4) one-year options, plus a six-month extension option.
  • Place of Performance: Locations listed on the Master Repair Item List (MRIL). A Saudi business license may be required if SORs are in the Kingdom of Saudi Arabia.
  • Security: SECRET level security clearance required for personnel. Compliance with NISPOM and quality management systems (ISO 9001:2015 or AS9100D) is mandatory.
  • Foreign Participation: Not allowed.

Submission & Contact Information

Interested contractors should provide documentation supporting their capabilities, addressing specific questions in the Contractor Capability Survey. This is for market research only and does not guarantee a future solicitation or contract award.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Sources Sought
Posted: Feb 23, 2026
View
Version 3
Sources Sought
Posted: Feb 23, 2026
View
Version 2
Sources Sought
Posted: Dec 18, 2025
View
Version 1Viewing
Sources Sought
Posted: Dec 17, 2025